The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) in Cambridge, MA intends to solicit and award a purchase order on a competitive basis. The Government intends to procure, through a firm fixed-price purchase order, the purchase of three (3) Diesel Multiple Unit (DMU) Fuel Tanks, in accordance with the Statement of Work (SOW) below.
STATEMENT OF WORK (Begin)
Specification for Procurement of Diesel Multiple Unit (DMU) Fuel Tanks
Background
The Federal Railroad Administration's (FRA's) Office of Research and Development is conducting research into fuel tank crashworthiness. Volpe National Transportation Systems Center (Volpe Center) is planning and conducting the fuel tank research under the FRA's Equipment Safety Research Program. In accidents fuel tanks are subjected to dynamic loading, often including a blunt or raking impact from various components of the rolling stock or track bed.
The research will include dynamic impact testing of fuel tank articles, both blunt and raking impact types, analytical modeling of fuel tanks under dynamic loading conditions, and recommendations for improved fuel tank protection strategies for passenger equipment.
The Volpe Center Point of Contact (POC) will be responsible for inspecting fuel tanks upon delivery.
Specifications
CLIN 0100
Three (3) Diesel Multiple Unit (DMU) Fuel Tanks:
• Tanks shall include all structural components, including mounting brackets and any auxiliary tanks that are suspended or affixed to the fuel tanks for typical operation (e.g. ecology tank, etc.).
• Tank capacity shall be between 350-1,500 gallons.
• Tanks shall include the primary structure, as built for operation.
• Tanks shall be fabricated with material and processes representative of current industry practice for DMUs.
• The tanks shall not include pipes, valves, or gages.
• No cleaning or other processes shall be required.
• Tanks shall be a design already proven in service with at least ten tanks currently in operation domestically and internationally.
Detailed engineering drawings, including material specifications and certification tests, must be provided via electronic copies to the Volpe Center within three weeks of award of the procurement. Intellectual property shall not be disclosed.
CLIN 0200
The total firm fixed price of CLIN 0200 shall include all costs, including customs charges, associated with ground shipment and delivery of the fuel tanks within eight weeks of award to the following address:
Delivery location:
Transportation Technology Center
55500 DOT Road
Pueblo, CO, USA
Volpe Center Point of Contact:
Karina Jacobsen, V333
U.S. Department of Transportation
Volpe Center
55 Broadway
Cambridge, MA 02142
Statement of Work (SOW) (End)
PRICING
The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation:
The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs) in a written quotation:
CLIN 0100 - Fuel tanks, in accordance with the above SOW, Quantity: 3 EA, Unit Price $______________ Total Price $_______________.
CLIN 0200 - Delivery of fuel tanks, 1 LOT, Total Price$ __________________
Total amount of CLINs 0100 and 0200: $______________________
DELIVERY/PERIOD OF PERFORMANCE
Delivery will be eight weeks from date of award.
INSTRUCTIONS TO OFFERORS
FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items, An award will be made to the offer whose offer is considered to be the lowest price. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.SAM.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.214-35, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-13, 52.223-15, 52.223-16, 52.223-18, 52.225-13, 52.227-15 and 52.232-33. The attached FAR clauses also apply to this RFQ. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.
The signed offer must be submitted electronically via e-mail to [email protected]. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The time for the receipt of offers is 3:00 PM Eastern Time on June 15, 2015. No telephone requests will be honored. The Government will not pay for any information received.
ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.